Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2012 FBO #3708
SOLICITATION NOTICE

25 -- Walters Snow Plow Axles

Notice Date
1/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - BICA - Bighorn Canyon National Recreation Area PO BOX 7458 ( 5 Avenue B ) Fort Smith MT 59035
 
ZIP Code
59035
 
Solicitation Number
P12PS10765
 
Response Due
2/1/2012
 
Archive Date
1/16/2013
 
Point of Contact
Jay G. Tobin Contract Specialist 4066663321 Jay_Tobin@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. It is being issued as Request for Quotation (RFQ) P11PS10765. The National Park Service, Yellowstone National Park, has a requirement for one each of the following replacement parts (brand name or equivalent) for a 1977 Walters Snow Fighter Plow (Model # NDUS - VIN# 6808):- Marmon Harrington Front Limited Differential, (Part # MTL17-2.41, 8.36 ratio, Tag# 543272)- Marmon Harrington Rear Locking Differential, (Part# R22l-2.41, 8.36 ratio, Tag# 530807)- Marmon Harrington complete rear axle assembly including brake assemblies and drums, less differential (Part# R22L)- Marmon Harrington complete front axle assembly including brake assemblies and drums, less differential (Part# MTL17)- Spicer Air Shift Transfer Case complete (Part# 4204521X) (Note: this requirement is for parts and delivery only. Any subsequent installation will be performed by NPS fleet maintenance personnel.) This acquisition is a 100% small business set-aside. The National Park Service encourages the participation of disadvantaged, veteran and women owned business enterprises. The North American Industry Classification System (NAICS) code for this project is 336350 with a size standard of 750 employees. All responsible small business concerns may submit a quotation which will be considered by the National Park Service. QUOTES ARE DUE for this combined synopsis/solicitation on February 1, 2012 at 4:30 PM Mountain Time, and shall be delivered by the specified time to the National Park Service, Bighorn Canyon National Recreation Area, 5 Avenue B (P.O. Box 7458), Ft. Smith, MT 59035, ATTN: Contracting Officer. Quotes may be faxed to 406-666-2415 or emailed to Jay_Tobin@nps.gov ; no oral quotations will be accepted. All questions regarding this solicitation should be emailed to Jay_Tobin@nps.gov. No telephone questions will be accepted. Offers will be evaluated on the basis of lowest priced, technically acceptable offer, with technical acceptance being based on the proposed delivery date and evaluation of the technical information provided with the offer. Any award resulting from this solicitation will be a Firm-Fixed-Price type contract. SCOPE OF WORKYellowstone National Park Fleet Maintenance needs to acquire the specified replacement parts for a Walters Snow Fighter Snow Plow, which is used to remove snow from Park Service maintained roads during spring opening operations. Therefore, these parts must be delivered by March 16, 2012 so they can be inspected, inventoried, and on-hand once the snow plow is put into operation and be available for immediate use if required. Axles shall be disassembled for delivery. Parts shall be cleaned, painted, inspected and identified with part numbers as appropriate. Remanufactured components shall be so identified. All bearings and seals shall be new production, not remanufactured. The Spicer air shift transfer case shall be new, not remanufactured. The project is comprised of one line item: Line Item 0001: Provide all required replacement parts, including delivery to Yellowstone National Park, Mammoth Hot Springs, WY. INFORMATION TO BE SUBMITTED BY CONTRACTOR: CLIN 0001, Replacement parts (lump sum):$______________________ Discount/payment/prompt payment terms:_______________________ Business Name: ____________________________________ DUNS #: ___________________ Business Address: ______________________________________________________________ Business Phone: _______________________________ FAX: ___________________________ Email Address: ___________________________________________ Offeror Name: ______________________________________ Date: _____________________ Offeror Signature: ______________________________________ CLAUSES AND PROVISIONSOfferors must review and comply with the FAR Provisions/Clauses which apply to this solicitation. The full text of these may be accessed electronically at the website: https://www.acquisition.gov/far/. The following provisions and clauses are specifically referenced in this acquisition and are required in the response to this solicitation. They will remain in full force in any resultant award: 52.211-6, BRAND NAME OR EQUAL; 52.212-1, Instructions to Offerors-Commercial Items, is included in its entirety by reference herein and supplemented to include the following additional information: Offerors are to submit sufficient technical information about alternative offered parts (to include details on dimensions, mounting points and gear ratios) for review and evaluation by the Government to determine technical acceptability versus the stated requirements; 52.212-2, evaluation of Commercial Items, Paragraph "a" of the provision is hereby replaced with the following: "The government reserves the right to evaluate quotes and award a contract without discussions with offerors. Quotes shall be evaluated on the basis of lowest priced, technically acceptable offer. Offers not meeting the required delivery date will be rejected as non-responsive"; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, the offeror shall include a completed copy of this provision with their quote, or state that they are located on website: https://orca.bpn.gov; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS;The following clauses are added as an addendum to 52.212-4:FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE;FAR 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including 52.222-3, Convict Labor, 52.225-13, Restriction on Certain Foreign Purchases, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, and incorporating the following Paragraph (b) clauses: 52.219.06, Notice of Total Small Business Set-Aside; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition on Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-01, Buy American Act (Supplies); 52.232-33, Payment by Electronic Funds-Central Contractor Registration; EXECUTIVE ORDER 13513 - PROHIBITION ON TEXT MESSAGING AND USING ELECTRONIC EQUIPMENT SUPPLIED BY THE GOVERNMENT WHILE DRIVING. Prospective contractors shall be registered in the electronic Central Contractor Registration Database (www.bpn.gov/ccr) prior to award of a government contract. Offerors are further advised that failure to register in this Central Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS10765/listing.html)
 
Place of Performance
Address: Yellowstone National ParkMammoth Supply CenterWyoming
Zip Code: 82190
 
Record
SN02655246-W 20120119/120117234044-af51047e1859e67bf82a37d3a0f9afcd (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.